Tender Details
Title

France – Environmental services – Compensation des émissions carbone du groupe AFD pour les années 2023 Place of performance: France,Paris Main nature of the contract: Services Official name: Agence Française de Développement Type of procedure: Open France – Environmental services – Carbon offsetting of the AFD group for the years 2023 Place of performance: France,Paris Main nature of the contract: Services Official name: Agence Française de Développement Type of procedure: Open

Country
Language
French
Organization
Published Date
22.10.2024
Deadline Date
20.11.2024
Overview
640702-2024 - Competition Competition France: Environmental services Compensation des émissions carbone du groupe AFD pour les années 2023 Type of procedure: Open Buyer Buyer: Agence Française de Développement Email: saner.ext@afd.fr France, Paris (FR101), PARIS LOT-0001: :Compensation des émissions de l'année 2023 du Siège Environmental services France, Paris (FR101) PARIS Duration: 2 Months Deadline for receipt of tenders: 20/11/2024 - 16:00:00 (UTC+1) LOT-0002: Compensation des émissions de l'année 2023 du Réseau Environmental services France, Paris (FR101) PARIS Duration: 2 Months Deadline for receipt of tenders: 20/11/2024 - 16:00:00 (UTC+1) 640702-2024 - Competition France – Environmental services – Compensation des émissions carbone du groupe AFD pour les années 2023 OJ S 206/2024 22/10/2024 Contract or concession notice – standard regime Services 1. Buyer 1.1. Buyer Official name: Agence Française de Développement Email: saner.ext@afd.fr Legal type of the buyer: Body governed by public law Activity of the contracting authority: Economic affairs 2. Procedure 2.1. Procedure Title: Compensation des émissions carbone du groupe AFD pour les années 2023 Description: Annonce dérivée - La prestation devra proposer un ensemble de projets précis ayant les caractéristiques suivantes basées sur les bonnes pratiques recommandées par l'ADEME : Les projets sélectionnés devront être labellisés (voir ci-dessous) et répondre à des exigences de réduction réelle, vérifiable, additionnelle, traçable et permanente (notamment en termes de résilience et d'adaptation au changement climatique). Le label choisi devra être reconnu au niveau international et ses exigences consultables facilement. - Les labels sous-jacents éligibles sont : o Gold Standard ; o VERRA ; o ou tout autre label équivalent (à démontrer par le candidat). - Depuis le 31/12/2020, le Mécanisme de Développement Propre (MDP), issu du protocole de Kyoto, n'est plus en place et, malgré la période de transition qui courait jusqu'au 31/12/2022, son successeur, tel que prévu par l'Accord de Paris et précisé lors de la COP 26 de Glasgow, n'est pas encore entièrement connu dans ses détails. Dans ces conditions, les projets sélectionnés devront être, dans la mesure du possible, éligibles à l'article 6.4 de l'Accord de Paris. Ce point fera l'objet à une attention toute particulière. - Les projets présentant des co-bénéfices en termes de « développement durable », de types sociaux et environnementaux (préservation de la biodiversité, préservation des ressources naturelles, etc.) seront particulièrement valorisés. - Concernant la certification, il est entendu que : o Toutes les réductions d'émissions générées par le projet et ses impacts environnementaux et socio-économiques auront fait l'objet de vérifications (s'appuyant sur le suivi d'indicateurs de performance), conformément aux exigences de l'Accord de Paris (son article 6.4 et la procédure déclinée notamment à l'occasion de la décision 3 de la COP de Glasgow) ou, à défaut, des règles de Kyoto ; o Le titulaire aura arrangé les détails de la vérification et de la certification avec l'entité en charge, en fonction du label ou... Procedure identifier: 558747b9-171b-41db-bb26-2168dfc3dadc Internal identifier: SGN-2024-0540 Type of procedure: Open 2.1.1. Purpose Main nature of the contract: Services Main classification (cpv): 90700000 Environmental services 2.1.4. General information Legal basis: Directive 2014/24/EU 2.1.5. Terms of procurement Terms of submission: Maximum number of lots for which one tenderer can submit tenders: 2 Terms of contract: Maximum number of lots for which contracts can be awarded to one tenderer: 2 2.1.6. Grounds for exclusion Analogous situation like bankruptcy under national law: Bankruptcy: Corruption: Corruption Arrangement with creditors: Participation in a criminal organisation: Participation à une organisation criminelle Agreements with other economic operators aimed at distorting competition: Breaching of obligations in the fields of environmental law: Money laundering or terrorist financing: Blanchiment de capitaux ou financement du terrorisme Fraud: Fraude Child labour and other forms of trafficking in human beings: Travail des enfants ou autre forme de traite des êtres humains Insolvency: Motifs d’exclusion relatifs aux dettes sociales et fiscales Breaching of obligations in the fields of labour law: Assets being administered by liquidator: Guilty of misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure: Purely national exclusion grounds: Occupation de ressortissants de pays tiers en séjour illégal Conflict of interest due to its participation in the procurement procedure: Direct or indirect involvement in the preparation of this procurement procedure: Guilty of grave professional misconduct: Early termination, damages or other comparable sanctions: Breaching of obligations in the fields of social law: Payment of social security contributions: Business activities are suspended: Payment of taxes: Terrorist offences or offences linked to terrorist activities: Infractions terroristes, infractions liées aux activités terroristes ou incitation à commettre une telle infraction, complicité ou tentative d’une telle infraction 5. Lot 5.1. Lot: LOT-0001 Title: :Compensation des émissions de l'année 2023 du Siège Description: La prestation devra proposer un ensemble de projets précis ayant les caractéristiques suivantes basées sur les bonnes pratiques recommandées par l'ADEME. Cf Réglement de consultation Internal identifier: SGN-2024-0540-01 5.1.1. Purpose Main nature of the contract: Services Main classification (cpv): 90700000 Environmental services 5.1.2. Place of performance Town: PARIS Postcode: 75012 Country subdivision (NUTS): Paris (FR101) Country: France 5.1.3. Estimated duration Duration: 2 Months 5.1.6. General information The names and professional qualifications of the staff assigned to perform the contract must be given: Request to participate requirement Procurement Project not financed with EU Funds. The procurement is covered by the Government Procurement Agreement (GPA): yes This procurement is also suitable for small and medium-sized enterprises (SMEs) 5.1.7. Strategic procurement Approach to reducing environmental impacts: Other Green Procurement Criteria: Other Green Public Procurement criteria Social objective promoted: Other 5.1.8. Accessibility criteria Accessibility criteria for persons with disabilities are not included because the procurement is not intended for use by natural persons 5.1.9. Selection criteria Criterion: Type: Economic and financial standing Name: Capacité économique et financière 5.1.11. Procurement documents Address of the procurement documents: https://www.marches-securises.fr Ad hoc communication channel: Name: marche-securises.fr URL: www.marches-securises.fr 5.1.12. Terms of procurement Terms of submission: Electronic submission: Required Address for submission: https://www.marches-securises.fr Languages in which tenders or requests to participate may be submitted: French Electronic catalogue: Not allowed Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required Variants: Allowed Deadline for receipt of tenders: 20/11/2024 16:00:00 (UTC+1) Deadline until which the tender must remain valid: 210 Days Terms of contract: The execution of the contract must be performed within the framework of sheltered employment programmes: No Electronic invoicing: Required Electronic ordering will be used: no Electronic payment will be used: no Legal form that must be taken by a group of tenderers that is awarded a contract: CF réglement de consultation Information about review deadlines: ette décision peut faire l’objet d’un recours devant le Tribunal administratif de Paris. Les voies et délais des recours dont dispose le candidat sont : - Référé précontractuel prévu aux articles L. 551-1 à L. 551-12 et R. 551-1 à R. 551-6 du Code de justice administrative (CJA), et pouvant être exercé avant la signature du contrat. - Référé contractuel prévu aux articles L. 551-13 à L. 551-23 et R. 551-7 à R. 551-10 du CJA, et pouvant être exercé dans les délais prévus à l'article R. 551-7 du CJA, après la signature du contrat. - Recours de pleine juridiction en contestation de la validité du contrat, ouvert aux tiers dans le délai de 2 mois à compter de l’accomplissement des mesures de publicité appropriées. Référé précontractuel : Près le président du tribunal administratif de Paris, avant la signature du marché public ou de l’accord-cadre conformément aux dispositions des articles L. 551-1 et suivants du code de justice administrative. Référé contractuel : Près le président du tribunal administratif de Paris, une fois le marché public ou l’accord-cadre signé, au plus tard le trente et unième jour suivant la publication au Journal officiel de l’Union européenne d’un avis d’attribution, ou, pour les marchés fondés sur un accord-cadre ou un système d'acquisition dynamique, suivant la notification de la conclusion du contrat, conformément aux dispositions des articles L. 551-13 et suivants et R. 551-7 du code de justice administrative. En l’absence de la publication d’un tel avis, ou de la notification susmentionnée, vous avez la possibilité de saisir le tribunal dans les six mois à compter du lendemain de la date de signature du marché ou de l’accord-cadre. Recours de pleine juridiction : Vous avez la possibilité d’exercer un recours de pleine juridiction ayant pour objet de contester la validité du marché ou de l’accord-cadre dans un délai de deux mois à compter de l’accomplissement des mesures de publicité appropriées, notamment au moyen d'un avis mentionnant à la fois la conclusion du marché ou de l’accord-cadre et les modalités de sa consultation 5.1.15. Techniques Framework agreement: No framework agreement Information about the dynamic purchasing system: No dynamic purchase system 5.1.16. Further information, mediation and review Review organisation: Agence Française de Développement Organisation providing additional information about the procurement procedure: Agence Française de Développement Organisation providing offline access to the procurement documents: Agence Française de Développement Organisation receiving requests to participate: Agence Française de Développement Organisation processing tenders: Agence Française de Développement 5.1. Lot: LOT-0002 Title: Compensation des émissions de l'année 2023 du Réseau Description: La prestation devra proposer un ensemble de projets précis ayant les caractéristiques suivantes basées sur les bonnes pratiques recommandées par l'ADEME : Internal identifier: SGN-2024-0540-02 5.1.1. Purpose Main nature of the contract: Services Main classification (cpv): 90700000 Environmental services 5.1.2. Place of performance Town: PARIS Postcode: 75012 Country subdivision (NUTS): Paris (FR101) Country: France 5.1.3. Estimated duration Duration: 2 Months 5.1.6. General information The names and professional qualifications of the staff assigned to perform the contract must be given: Request to participate requirement Procurement Project not financed with EU Funds. The procurement is covered by the Government Procurement Agreement (GPA): yes This procurement is also suitable for small and medium-sized enterprises (SMEs) 5.1.7. Strategic procurement Approach to reducing environmental impacts: Other Green Procurement Criteria: Other Green Public Procurement criteria Social objective promoted: Other 5.1.8. Accessibility criteria Accessibility criteria for persons with disabilities are not included because the procurement is not intended for use by natural persons 5.1.9. Selection criteria Criterion: Type: Economic and financial standing Name: Capacité économique et financière 5.1.11. Procurement documents Address of the procurement documents: https://www.marches-securises.fr Ad hoc communication channel: Name: marche-securises.fr URL: www.marches-securises.fr 5.1.12. Terms of procurement Terms of submission: Electronic submission: Required Address for submission: https://www.marches-securises.fr Languages in which tenders or requests to participate may be submitted: French Electronic catalogue: Not allowed Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required Variants: Allowed Deadline for receipt of tenders: 20/11/2024 16:00:00 (UTC+1) Deadline until which the tender must remain valid: 210 Days Terms of contract: The execution of the contract must be performed within the framework of sheltered employment programmes: No Electronic invoicing: Required Electronic ordering will be used: no Electronic payment will be used: no Legal form that must be taken by a group of tenderers that is awarded a contract: CF réglement de consultation Information about review deadlines: ette décision peut faire l’objet d’un recours devant le Tribunal administratif de Paris. Les voies et délais des recours dont dispose le candidat sont : - Référé précontractuel prévu aux articles L. 551-1 à L. 551-12 et R. 551-1 à R. 551-6 du Code de justice administrative (CJA), et pouvant être exercé avant la signature du contrat. - Référé contractuel prévu aux articles L. 551-13 à L. 551-23 et R. 551-7 à R. 551-10 du CJA, et pouvant être exercé dans les délais prévus à l'article R. 551-7 du CJA, après la signature du contrat. - Recours de pleine juridiction en contestation de la validité du contrat, ouvert aux tiers dans le délai de 2 mois à compter de l’accomplissement des mesures de publicité appropriées. Référé précontractuel : Près le président du tribunal administratif de Paris, avant la signature du marché public ou de l’accord-cadre conformément aux dispositions des articles L. 551-1 et suivants du code de justice administrative. Référé contractuel : Près le président du tribunal administratif de Paris, une fois le marché public ou l’accord-cadre signé, au plus tard le trente et unième jour suivant la publication au Journal officiel de l’Union européenne d’un avis d’attribution, ou, pour les marchés fondés sur un accord-cadre ou un système d'acquisition dynamique, suivant la notification de la conclusion du contrat, conformément aux dispositions des articles L. 551-13 et suivants et R. 551-7 du code de justice administrative. En l’absence de la publication d’un tel avis, ou de la notification susmentionnée, vous avez la possibilité de saisir le tribunal dans les six mois à compter du lendemain de la date de signature du marché ou de l’accord-cadre. Recours de pleine juridiction : Vous avez la possibilité d’exercer un recours de pleine juridiction ayant pour objet de contester la validité du marché ou de l’accord-cadre dans un délai de deux mois à compter de l’accomplissement des mesures de publicité appropriées, notamment au moyen d'un avis mentionnant à la fois la conclusion du marché ou de l’accord-cadre et les modalités de sa consultation 5.1.15. Techniques Framework agreement: No framework agreement Information about the dynamic purchasing system: No dynamic purchase system 5.1.16. Further information, mediation and review Review organisation: Agence Française de Développement Organisation providing additional information about the procurement procedure: Agence Française de Développement Organisation providing offline access to the procurement documents: Agence Française de Développement Organisation receiving requests to participate: Agence Française de Développement Organisation processing tenders: Agence Française de Développement 8. Organisations 8.1. ORG-0001 Official name: Agence Française de Développement Registration number: 77566559900129 Postal address: 5 rue Roland Barthes Town: PARIS Postcode: 75012 Country subdivision (NUTS): Paris (FR101) Country: France Email: saner.ext@afd.fr Telephone: +33 153443131 Fax: +33 144879939 Roles of this organisation: Buyer Organisation providing additional information about the procurement procedure Organisation providing offline access to the procurement documents Organisation receiving requests to participate Organisation processing tenders Review organisation 11. Notice information 11.1. Notice information Notice identifier/version: 8dfa5917-b5b5-4f1c-8e4a-7f821d2603f3 - 01 Form type: Competition Notice type: Contract or concession notice – standard regime Notice subtype: 16 Notice dispatch date: 18/10/2024 15:31:00 (UTC) Languages in which this notice is officially available: French 11.2. Publication information Notice publication number: 640702-2024 OJ S issue number: 206/2024 Publication date: 22/10/2024 Czech document download: https://ted.europa.eu/cs/notice/640702-2024/pdf Danish document download: https://ted.europa.eu/da/notice/640702-2024/pdf German document download: https://ted.europa.eu/de/notice/640702-2024/pdf Greek document download: https://ted.europa.eu/el/notice/640702-2024/pdf Spanish document download: https://ted.europa.eu/es/notice/640702-2024/pdf English document download: https://ted.europa.eu/en/notice/640702-2024/pdf Estonian document download: https://ted.europa.eu/et/notice/640702-2024/pdf Finnish document download: https://ted.europa.eu/fi/notice/640702-2024/pdf French document download: https://ted.europa.eu/fr/notice/640702-2024/pdf Irish document download: https://ted.europa.eu/ga/notice/640702-2024/pdf Croatian document download: https://ted.europa.eu/hr/notice/640702-2024/pdf Hungarian document download: https://ted.europa.eu/hu/notice/640702-2024/pdf Italian document download: https://ted.europa.eu/it/notice/640702-2024/pdf Lithuanian document download: https://ted.europa.eu/lt/notice/640702-2024/pdf Latvian document download: https://ted.europa.eu/lv/notice/640702-2024/pdf Maltese document download: https://ted.europa.eu/mt/notice/640702-2024/pdf Dutch document download: https://ted.europa.eu/nl/notice/640702-2024/pdf Polska document download: https://ted.europa.eu/pl/notice/640702-2024/pdf Portuguese document download: https://ted.europa.eu/pt/notice/640702-2024/pdf Romanian document download: https://ted.europa.eu/ro/notice/640702-2024/pdf Slovak document download: https://ted.europa.eu/sk/notice/640702-2024/pdf Slovenian document download: https://ted.europa.eu/sl/notice/640702-2024/pdf Swedish document download: https://ted.europa.eu/sv/notice/640702-2024/pdf Bulgarian document download: https://ted.europa.eu/bg/notice/640702-2024/pdf 640702-2024 - Competition Competition France: Environmental services Carbon emissions compensation of the AFD group for the years 2023 Type of procedure: Open Buyer Buyer: Agence Française de Développement Email: saner.ext@afd.fr France, Paris (FR101), PARIS LOT-0001: :Compensation of emissions for the year 2023 of the Environmental services France headquarters, Paris (FR101) PARIS Duration: 2 Months Deadline for receipt of tenders: 20/11/2024 - 16:00:00 (UTC+1) LOT-0002: Compensation of emissions for the year 2023 of the Environmental services France network, Paris (FR101) PARIS Duration: 2 Months Deadline for receipt of tenders: 20/11/2024 - 16:00:00 (UTC+1) 640702-2024 - Competition France – Environmental services – Compensation for carbon emissions of the AFD group for the years 2023 OJ S 206/2024 22/10/2024 Contract or concession notice – standard regime Services 1. Buyer 1.1. Buyer Official name: Agence Française de Développement Email: saner.ext@afd.fr Legal type of the buyer: Body governed by public law Activity of the contracting authority: Economic affairs 2. Procedure 2.1. Procedure Title: Carbon offsetting of the AFD group for the years 2023 Description: Derived announcement - The service must propose a set of specific projects with the following characteristics based on the best practices recommended by ADEME: The selected projects must be labeled (see below) and meet real, verifiable, additional, traceable and permanent reduction requirements (in particular in terms of resilience and adaptation to climate change). The chosen label must be internationally recognized and its requirements easily consultable. - The eligible underlying labels are: o Gold Standard; o VERRA; o or any other equivalent label (to be demonstrated by the candidate). - Since 12/31/2020, the Clean Development Mechanism (CDM), resulting from the Kyoto Protocol, is no longer in place and, despite the transition period that ran until 12/31/2022, its successor, as provided for by the Paris Agreement and specified at COP 26 in Glasgow, is not yet fully known in its details. Under these conditions, the selected projects must be, as far as possible, eligible for Article 6.4 of the Paris Agreement. This point will be given particular attention. - Projects presenting co-benefits in terms of "sustainable development", of social and environmental types (preservation of biodiversity, preservation of natural resources, etc.) will be particularly valued. - Concerning certification, it is understood that: o All emission reductions generated by the project and its environmental and socio-economic impacts will have been subject to verifications (based on the monitoring of performance indicators),in accordance with the requirements of the Paris Agreement (its article 6.4 and the procedure set out in particular on the occasion of decision 3 of the Glasgow COP) or, failing that, the Kyoto rules; o The holder will have arranged the details of the verification and certification with the entity in charge, depending on the label or... Procedure identifier: 558747b9-171b-41db-bb26-2168dfc3dadc Internal identifier: SGN-2024-0540 Type of procedure: Open 2.1.1. Purpose Main nature of the contract: Services Main classification (cpv): 90700000 Environmental services 2.1.4. General information Legal basis: Directive 2014/24/EU 2.1.5. Terms of procurement Terms of submission: Maximum number of lots for which one tenderer can submit tenders: 2 Terms of contract: Maximum number of lots for which contracts can be awarded to one tenderer: 2 2.1.6. Grounds for exclusion Analogous situation like bankruptcy under national law: Bankruptcy: Corruption: Corruption Arrangement with creditors: Participation in a criminal organization: Participation in a criminal organization Agreements with other economic operators aimed at distorting competition: Breaching of obligations in the fields of environmental law: Money laundering or terrorist financing: Money laundering or financing of terrorism Fraud: Fraude Child labor and other forms of trafficking in human beings: Child labor or other form of trafficking in human beings Insolvency : Grounds for exclusion relating to social and tax debts Breaching of obligations in the fields of labor law: Assets being administered by liquidator: Guilty of misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure: Purely national exclusion grounds: Occupation of third country nationals staying illegally Conflict of interest due to its participation in the procurement procedure: Direct or indirect involvement in the preparation of this procurement procedure: Guilty of serious professional misconduct: Early termination, damages or other comparable sanctions: Breaching of obligations in the fields of social law: Payment of social security contributions: Business activities are suspended: Payment of taxes: Terrorist offences or offences linked to terrorist activities: Terrorist offences, offences linked to terrorist activities or incitement to commit such an offence, complicity or attempt to commit such an offence 5. Lot 5.1. Lot: LOT-0001 Title: : Offsetting of emissions for the year 2023 of the Headquarters Description: The service must propose a set of specific projects with the following characteristics based on the best practices recommended by ADEME. See Consultation Regulations Internal identifier: SGN-2024-0540-01 5.1.1. Purpose Main nature of the contract: Services Main classification (cpv): 90700000 Environmental services 5.1.2. Place of performance Town: PARIS Postcode:75012 Country subdivision (NUTS): Paris (FR101) Country: France 5.1.3. Estimated duration Duration: 2 Months 5.1.6. General information The names and professional qualifications of the staff assigned to perform the contract must be given: Request to participate required Procurement Project not financed with EU Funds. The procurement is covered by the Government Procurement Agreement (GPA): yes This procurement is also suitable for small and medium-sized enterprises (SMEs) 5.1.7. Strategic procurement Approach to reducing environmental impacts: Other Green Procurement Criteria: Other Green Public Procurement criteria Social objective promoted: Other 5.1.8. Accessibility criteria Accessibility criteria for persons with disabilities are not included because the procurement is not intended for use by natural persons 5.1.9. Selection criteria Criterion: Type: Economic and financial standing Name: Economic and financial capacity 5.1.11. Procurement documents Address of the procurement documents: https://www.marches-securises.fr Ad hoc communication channel: Name: marche-securises.fr URL: www.marches-securises.fr 5.1.12. Terms of procurement Terms of submission: Electronic submission: Required Address for submission: https://www.marches-securises.fr Languages ​​in which tenders or requests to participate may be submitted: French Electronic catalogue: Not allowed Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required Variants: Allowed Deadline for receipt of tenders: 20/11/2024 16:00:00 (UTC+1) Deadline until which the tender must remain valid: 210 Days Terms of contract: The execution of the contract must be performed within the framework of sheltered employment programs: No Electronic invoicing: Required Electronic ordering will be used: no Electronic payment will be used: no Legal form that must be taken by a group of tenderers that is awarded a contract: CF consultation regulations Information about review deadlines: this decision may be appealed before the Paris Administrative Court. The methods and time limits for appeals available to the candidate are: - Pre-contractual referral provided for in Articles L. 551-1 to L. 551-12 and R. 551-1 to R. 551 -6 of the Code of Administrative Justice (CJA), and which may be exercised before the signing of the contract. - Contractual referral provided for in Articles L. 551-13 to L. 551-23 and R. 551 -7 to R. 551-10 of the CJA, and which may be exercised within the time limits provided for in article R. 551-7 of the CJA, after signing the contract. - Full jurisdiction appeal to contest the validity of the contract, open to third parties within 2 months from the completion of the appropriate publicity measures. Pre-contractual summary proceedings : Before the President of the Paris Administrative Court, before signing the public contract or framework agreement in accordance with the provisions of Articles L.551-1 et seq. of the Code of Administrative Justice. Contractual summary proceedings: Before the President of the Paris Administrative Court, once the public contract or framework agreement has been signed, no later than the thirty-first day following publication in the Official Journal of the European Union of a notice of award, or, for contracts based on a framework agreement or a dynamic purchasing system, following notification of the conclusion of the contract, in accordance with the provisions of Articles L. 551-13 et seq. and R. 551-7 of the Code of Administrative Justice. In the absence of publication of such a notice, or of the aforementioned notification, you have the possibility of bringing the matter before the court within six months from the day after the date of signature of the contract or framework agreement. Full jurisdiction appeal: You have the possibility of exercising a full jurisdiction appeal with the aim of contesting the validity of the contract or framework agreement within a period of two months from the completion of the appropriate publicity measures, in particular by means of a notice mentioning both the conclusion of the contract or framework agreement and the terms of its consultation 5.1.15. Techniques Framework agreement: No framework agreement Information about the dynamic purchasing system: No dynamic purchasing system 5.1.16. Further information, mediation and review Review organisation: Agence Française de Développement Organisation providing additional information about the procurement procedure: Agence Française de Développement Organisation providing offline access to the procurement documents: Agence Française de Développement Organisation receiving requests to participate: Agence Française de Développement Organisation processing tenders: Agence Française de Développement 5.1. Lot: LOT-0002 Title: Offsetting of emissions from the Network for the year 2023 Description: The service must propose a set of specific projects with the following characteristics based on the best practices recommended by ADEME: Internal identifier: SGN-2024-0540-02 5.1.1. Purpose Main nature of the contract: Services Main classification (cpv): 90700000 Environmental services 5.1.2. Place of performance Town: PARIS Postcode: 75012 Country subdivision (NUTS): Paris (FR101) Country: France 5.1.3. Estimated duration Duration: 2 Months 5.1.6. General information The names and professional qualifications of the staff assigned to perform the contract must be given: Request to participate requirement Procurement Project not financed with EU Funds. The procurement is covered by the Government Procurement Agreement (GPA): yes This procurement is also suitable for small and medium-sized enterprises (SMEs) 5.1.7. Strategic procurement Approach to reducing environmental impacts: Other Green Procurement Criteria: Other Green Public Procurement criteria Social objective promoted: Other 5.1.8.Accessibility criteria Accessibility criteria for persons with disabilities are not included because the procurement is not intended for use by natural persons 5.1.9. Selection criteria Criterion: Type: Economic and financial standing Name: Economic and financial capacity 5.1.11. Procurement documents Address of the procurement documents: https://www.marches-securises.fr Ad hoc communication channel: Name: marche-securises.fr URL: www.marches-securises.fr 5.1.12. Terms of procurement Terms of submission: Electronic submission: Required Address for submission: https://www.marches-securises.fr Languages ​​in which tenders or requests to participate may be submitted: French Electronic catalogue: Not allowed Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required Variants: Allowed Deadline for receipt of tenders: 20/11/2024 16:00:00 (UTC+1) Deadline until which the tender must remain valid: 210 Days Terms of contract: The execution of the contract must be performed within the framework of sheltered employment programs: No Electronic invoicing: Required Electronic ordering will be used: no Electronic payment will be used: no Legal form that must be taken by a group of tenderers that is awarded a contract: CF consultation regulations Information about review deadlines: this decision may be appealed before the Paris Administrative Court. The methods and time limits for appeals available to the candidate are: - Pre-contractual referral provided for in Articles L. 551-1 to L. 551-12 and R. 551-1 to R. 551 -6 of the Code of Administrative Justice (CJA), and which may be exercised before the signing of the contract. - Contractual referral provided for in Articles L. 551-13 to L. 551-23 and R. 551 -7 to R. 551-10 of the CJA, and which may be exercised within the time limits provided for in article R. 551-7 of the CJA, after signing the contract. - Full jurisdiction appeal to contest the validity of the contract, open to third parties within 2 months from the completion of the appropriate publicity measures. Pre-contractual summary proceedings : Before the President of the Paris Administrative Court, before signing the public contract or framework agreement in accordance with the provisions of Articles L. 551-1 et seq. of the Code of Administrative Justice. Contractual referral: Before the President of the Paris Administrative Court, once the public contract or framework agreement has been signed, no later than the thirty-first day following publication in the Official Journal of the European Union of an award notice, or, for contracts based on a framework agreement or a dynamic purchasing system, following notification of the conclusion of the contract, in accordance with the provisions of Articles L. 551-13 et seq. and R. 551-7 of the Code of Administrative Justice. In the absence of the publication of such a notice, or of the notification above-mentioned,you have the possibility of bringing the matter before the court within six months from the day after the date of signature of the contract or framework agreement. Full jurisdiction appeal: You have the possibility of exercising a full jurisdiction appeal with the aim of contesting the validity of the contract or framework agreement within a period of two months from the completion of the appropriate publicity measures, in particular by means of a notice mentioning both the conclusion of the contract or framework agreement and the terms of its consultation 5.1.15. Techniques Framework agreement: No framework agreement Information about the dynamic purchasing system: No dynamic purchase system 5.1.16. Further information, mediation and review Review organisation: French Development Agency Organisation providing additional information about the procurement procedure: French Development Agency Organisation providing offline access to the procurement documents: French Development Agency Organisation receiving requests to participate: French Development Agency Organisation processing tenders: French Development Agency 8. Organisations 8.1. ORG-0001 Official name: AFP 9939 Roles of this organization: Buyer Organization providing additional information about the procurement procedure Organization providing offline access to the procurement documents Organization receiving requests to participate Organization processing tenders Review organization 11. Notice information 11.1. Notice information Notice identifier/version: 8dfa5917-b5b5-4f1c-8e4a-7f821d2603f3 - 01 Form type: Competition Notice type: Contract or concession notice – standard regime Notice subtype: 16 Notice dispatch date: 18/10/2024 15:31:00 (UTC) Languages ​​in which this notice is officially available: French 11.2. Publication information Notice publication number: 640702-2024 OJ S issue number: 206/2024 Publication date: 22/10/2024 Czech document download: https://ted.europa.eu/cs/notice/640702-2024/pdf Danish document download: https://ted.europa.eu/da/notice/640702-2024/pdf German document download: https://ted.europa.eu/ de/notice/640702-2024/pdf Greek document download: https://ted.europa.eu/el/notice/640702-2024/pdf Spanish document download: https://ted.europa.eu/es/notice/640702-2024/pdf English document download: https://ted.europa.eu/en/notice/640702-2024/pdf Estonian document download: https://ted.europa.eu/et/notice/640702-2024/pdf Finnish document download: https://ted.europa.eu/fi/notice/640702-2024/pdf French document download: https://ted.europa.eu/fr/notice/640702-2024/pdf Irish document download: https://ted.europa.eu/ga/notice/640702-2024/pdf Croatian document download: https://ted.europa.eu/hr/notice/640702-2024/pdf Hungarian document download: https://ted.europa.eu/hu/ notice/640702-2024/pdf Italian document download: https://ted.europa.eu/it/notice/640702-2024/pdf Lithuanian document download: https://ted.europa.eu/lt/notice/640702- 2024/pdf Latvian document download: https://ted.europa.eu/lv/notice/640702-2024/pdf Maltese document download: https://ted.europa.eu/mt/notice/640702-2024/pdf Dutch document download: https://ted.europa.eu/nl/notice/640702-2024/pdf Polska document download: https://ted.europa.eu/pl/notice/640702-2024/pdf Portuguese document download: https://ted.europa.eu/pt/notice/640702-2024/pdf Romanian document download: https:// ted.europa.eu/ro/notice/640702-2024/pdf Slovenian document download: https://ted.europa.eu/sk/notice/640702-2024/pdf Slovenian document download: https://ted.europa. eu/sl/notice/640702-2024/pdf Swedish document download: https://ted.europa.eu/sv/notice/640702-2024/pdf Bulgarian document download: https://ted.europa.eu/bg/ instructions/640702-2024/pdf
NAICS
Scenic and Sightseeing Transportation Business Navigational InformationT Measuring Navigational Scenic and Sightseeing Transportation Agencies Scenic and Sightseeing Transportation
CPVS
Publications Carbon Lutetium Ensembles Forms Catalogues Seats Shapes Radio, television, communication, telecommunication and related equipment
UNSPSC
Catalogs Civic organizations and associations and movements In situ Humanitarian Relief Items, Kits, or Accessories
Regions
Europe Western Europe
Sectors
Environment and Pollution-Recycling Non-Renewable Energy Environmental Work Services Construction Energy-Power and Electrical Computer Hardwares and Consumables
URL
Share
To be notified
when a tender matching your filter is published
To Follow
Tenders
Add New Tender Alert
To Follow
Contracts
Add New Contract Alert
To Follow
Fairs
Add New Fair Alert